National Park Service Awards $405K for Jean Lafitte Park Trailer Design Services
Contract Overview
Contract Amount: $405,201 ($405.2K)
Contractor: Croft and Associates, Inc.
Awarding Agency: Department of the Interior
Start Date: 2025-02-12
End Date: 2026-11-30
Contract Duration: 656 days
Daily Burn Rate: $618/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: JELA 325249 - REPLACE JONES POINT TRAILER, JEAN LAFITTE NATIONAL HISTORICAL PARK AND PRESERVE DESIGN SERVICES FOR DESIGN DEVELOPMENT (DD) AND CONSTRUCTION DOCUMENTS (CD)
Place of Performance
Location: DENVER, JEFFERSON County, COLORADO, 80225
State: Colorado Government Spending
Plain-Language Summary
Department of the Interior obligated $405,201.08 to CROFT AND ASSOCIATES, INC. for work described as: JELA 325249 - REPLACE JONES POINT TRAILER, JEAN LAFITTE NATIONAL HISTORICAL PARK AND PRESERVE DESIGN SERVICES FOR DESIGN DEVELOPMENT (DD) AND CONSTRUCTION DOCUMENTS (CD) Key points: 1. Contract awarded to Croft and Associates, Inc. for architectural services. 2. Project involves design development and construction documents for a trailer replacement. 3. Full and open competition was conducted after excluding sources. 4. The contract duration is 656 days, ending in November 2026. 5. This is a firm-fixed-price contract.
Value Assessment
Rating: good
The contract value of $405,201.08 appears reasonable for architectural design services for a park facility. Benchmarking against similar NPS design contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition after exclusion of sources, indicating a competitive process. This method generally promotes price discovery and fair market value.
Taxpayer Impact: Taxpayer funds are being used for essential park infrastructure improvements, ensuring the continued operation and maintenance of the Jean Lafitte National Historical Park and Preserve.
Public Impact
Enhances visitor facilities at Jean Lafitte National Historical Park and Preserve. Supports the preservation and modernization of park infrastructure. Ensures functional and safe working environments for park staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Competitive award process
- Clear project scope for facility upgrade
Sector Analysis
This contract falls under architectural services, a common procurement category for federal agencies managing physical infrastructure. Spending in this sector is driven by maintenance, upgrades, and new construction needs.
Small Business Impact
The contract was not set aside for small businesses, and the awardee, Croft and Associates, Inc., is not identified as a small business in the provided data. Further investigation would be needed to confirm.
Oversight & Accountability
The National Park Service, a division of the Department of the Interior, is responsible for overseeing this contract. Standard procurement regulations and oversight mechanisms should apply.
Related Government Programs
- Architectural Services
- Department of the Interior Contracting
- National Park Service Programs
Risk Flags
- Lack of detailed scope of work for design services
- No explicit mention of sustainability or environmental considerations in design
- Potential for cost overruns if design documents are incomplete
Tags
architectural-services, department-of-the-interior, co, delivery-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $405,201.08 to CROFT AND ASSOCIATES, INC.. JELA 325249 - REPLACE JONES POINT TRAILER, JEAN LAFITTE NATIONAL HISTORICAL PARK AND PRESERVE DESIGN SERVICES FOR DESIGN DEVELOPMENT (DD) AND CONSTRUCTION DOCUMENTS (CD)
Who is the contractor on this award?
The obligated recipient is CROFT AND ASSOCIATES, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $405,201.08.
What is the period of performance?
Start: 2025-02-12. End: 2026-11-30.
What specific design challenges or requirements are associated with the Jones Point Trailer replacement at Jean Lafitte National Historical Park?
The specific design challenges are not detailed in the provided data. However, typical considerations for park facilities include environmental resilience, accessibility standards, integration with the natural landscape, and durability in a potentially harsh climate. The design documents will likely address these factors to ensure the new trailer meets operational needs and park standards.
How does the cost of this architectural service compare to similar projects within the National Park Service or other federal agencies?
Without access to a database of comparable federal architectural service contracts, a precise cost comparison is difficult. However, the $405,201.08 award for design development and construction documents for a trailer replacement appears within a reasonable range for specialized services. Factors like location, complexity, and specific site conditions heavily influence pricing.
What is the long-term value proposition of replacing the Jones Point Trailer for the Jean Lafitte National Historical Park and Preserve?
Replacing the trailer is crucial for maintaining operational efficiency and providing adequate facilities for park staff and potentially visitors. A modern, well-designed structure can improve working conditions, enhance resource management capabilities, and ensure the long-term functionality of essential park services, thereby supporting the overall mission of the National Park Service.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Architectural Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3400 BLUE SPRINGS RD NW STE 200, KENNESAW, GA, 30144
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $405,201
Exercised Options: $405,201
Current Obligation: $405,201
Actual Outlays: $261,597
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140P2022D0011
IDV Type: IDC
Timeline
Start Date: 2025-02-12
Current End Date: 2026-11-30
Potential End Date: 2026-11-30 00:00:00
Last Modified: 2026-04-09
More Contracts from Croft and Associates, Inc.
- DRY Tortugas National Park Drto 334967- (N142) Replace Fort Jefferson Docks Drto 327757- Reconstruct Garden KEY Finger Piers, Main Dock House, and Stabilize North Coaling Dock Drto 334307- Repair/Replace Facilities and Dock Loggerhead KEY Design — $2.2M (Department of the Interior)
- Eros Electrical Power Study — $363.7K (Department of the Interior)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)